28
REQUEST FOR QUOTATIONS (“RFQ”) December 6, 2017 SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVE (VFD) and MAG METER PROJECT RFQ NO. ASPA18.009.ESD-WTR Issuance Date: December 6, 2017 Closing Date/Time: January 3, 2018 at 2:00 pm Proposal Delivery Location: Procurement Office Tafuna Power Plant Compound APPROVED FOR ISSUANCE: UTU ABE MALAE ASPA Executive Director

REQUEST FOR QUOTATIONS (“RFQ”) - American … No. ASPA18.009.ESD-WTR...RFQ No. ASPA18.009.ESD.WTR P a g e 5 | 28 Supply/Delivery of VFD and Mag Meter Project TERMS AND CONDITIONS

Embed Size (px)

Citation preview

REQUEST FOR QUOTATIONS (“RFQ”)

December 6, 2017

SUPPLY AND DELIVERY

OF

VARIABLE FREQUENCY DRIVE (VFD) and MAG METER PROJECT

RFQ NO. ASPA18.009.ESD-WTR

Issuance Date: December 6, 2017

Closing Date/Time: January 3, 2018 at 2:00 pm

Proposal Delivery Location: Procurement Office

Tafuna Power Plant Compound

APPROVED FOR ISSUANCE: UTU ABE MALAE

ASPA Executive Director

RFQ No. ASPA18.009.ESD.WTR P a g e 2 | 28

Supply/Delivery of VFD and Mag Meter Project

NOTICE TO OFFERORS

ISSUANCE DATE: December 6, 2017

RFQ NO. RFQ NO. ASPA18.009.ESD-WTR

SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVE AND MAG

METER PROJECT

CLOSING DATE/TIME: January 3, 2018 at 2:00 pm American Samoa time

The American Samoa Power Authority (ASPA) invites Quotations for the Supply and Delivery of Variable

Frequency Drives (VFDs) and Mag Meters.

Materials and Equipment Specifications: The complete description of required deliverables is listed in the

attached Materials and Equipment Specification

Documents:

This RFQ may be viewed online on ASPA Website www.aspower.com. Offerors may also pick up a complete

package at:

ASPA Procurement Office

New Operations Building

Tafuna, American Samoa 96799

For more information about this RFQ, you may contact ASPA:

Ioana S. Uli

Procurement Manager

ASPA Procurement Office

tel. (684) 248-1234

[email protected]

The American Samoa Power Authority reserves the right to:

1. Reject all Quotations and reissue a new or amended RFQ;

2. Request additional information from any Offeror submitting a Quotation;

3. Negotiate a Contract with the firm selected for award; and

4. Waive any non-material violations of rules set up in this RFQ at its sole discretion.

Approved for Issuance: Utu Abe Malae, Executive Director

RFQ No. ASPA18.009.ESD.WTR P a g e 3 | 28

Supply/Delivery of VFD and Mag Meter Project

QUOTATION INVITATION

AMERICAN SAMOA POWER AUTHORITY:

PROCUREMENT OFFICE

PO BOX PPB

PAGO PAGO, AS 96799

(684) 248-1250 ISSUANCE DATE: DECEMBER 6, 2017

QUOTATION INVITATION NO: RFQ NO. ASPA18.009.ESD-WTR This Request for Proposal shall require an original, one PDF electronic copy, and five hard copies to be submitted in a sealed

envelope, box, or other enclosure addressed to Ioana S. Uli, ASPA Procurement, P.O. Box PPB, Pago Pago, AS 96799. All

submittals must be received at ASPA Procurement Office - no later than January 3, 2018 at 2:00 pm American Samoa

time.

The envelope or box must be labeled:

RFQ NO. ASPA18.009.ESD-WTR SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES (VFDs) AND

MAG METER PROJECT

Quotations must be in the actual possession of the Procurement Office at the location indicated, on or prior to the

exact date and time indicated above.

A copy of this solicitation and any addenda may be obtained from our Internet Website at: http://www.aspower.com by

selecting the Procurement link and the associated solicitation number.

Late submittals will not be opened or considered and will be determined as non-responsive. The prevailing clock shall be

ASPA Procurement clock. All Offerors shall provide sufficient written and verifiable information that responds to the

requirements set forth herein, the Contract Documents, and in the Materials and Equipment Specifications.

1) Offerors may submit their Quotations through the following mean:

Electronic File Transfer – The Offeror may submit the Proposal using the electronic mail facility. This will enable the

Offerors to upload Quotation file by email attachment. The Quotations must be uploaded before 2:00 PM on January 3,

2018, American Samoa Time.

NOTICE TO OFFERORS:

This Quotation is subject to the attached General Terms and Conditions of the REQUEST FOR QUOTATIONS (“RFQ”) for

the:

RFQ NO. ASPA18.009.ESD-WTR SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES (VFDs) and

MAG METER PROJECT

The undersigned offers and agrees to furnish within the time specified, the articles and services at the price stated opposite the

respective terms listed on the schedule provided, unless otherwise specified by an Offeror. In consideration of the expense of

the American Samoa Power Authority in opening, tabulating, and evaluating this and other Quotations, and other

considerations such as the schedule, the undersigned agrees that this Quotation shall remain firm and irrevocable for One

Hundred Twenty Day (120) calendar days from the listed Quotation opening date or until a services agreement may be jointly

enacted between ASPA and the undersigned party.

It is the responsibility of each Offeror before submitting a Quotation to (a) examine the documents contained in the Quotation

package thoroughly; (b) visit the site or to otherwise become familiar with local conditions that may in any manner affect cost,

progress, or performance of the work; (c) become familiar with federal, territorial, and local laws and ordinances, rules and

regulations that may in any manner affect cost, progress, or performance of the work; (d) study and carefully correlate

OFFEROR’S observations with the Quotation package documents; and (d) notify ASPA of all conflicts, errors, or

discrepancies in the Quotation package documents.

RFQ No. ASPA18.009.ESD.WTR P a g e 4 | 28

Supply/Delivery of VFD and Mag Meter Project

Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who

has or is seeking to do business with ASPA is prohibited. Any vendor knowing of this type of activity is encouraged to report

in confidence to ASPA’s legal department so the matter can be dealt with.

SIGNED:________________________________________ DATE______________________

AMERICAN SAMOA POWER AUTHORITY

SPECIAL NOTICE TO PROSPECTIVE OFFERORS

Offerors are reminded to read the Sealed Quotation Solicitation Instructions and General Terms and Conditions

attached to a Proposal Invitation to ascertain that all of the following requirements (see check boxes) of the

Quotation are submitted in the Quotation envelope at the date and time for Quotation opening.

[x] 1. QUOTATION FORMS

Attachment A: OFFEROR’S Transmittal Form

Attachment B: OFFEROR’S Proposal Form

Attachment C: Materials and Equipment Specifications

Attachment D: OFFEROR’S Qualifications Sheet

Attachment E: Disclosure Statements

Attachment F: Non-Collusion Affidavit of Prime Offeror

[x] 2. BUSINESS LICENSE

Offerors must submit current business AND current contractor’s license as stated below (see

General Terms and Condition for more information).

[x] 3. QUOTATION

The proposal must include all of the following to be deemed responsive:

a. The OFFEROR’S Quotation price for the supply and delivery of all materials

listed in the OFFEROR’S Transmittal form.

b. All items as listed above in #1 from Attachments A to F.

This Notice must be signed and returned in the Quotation envelope. Failure to comply with requirements will

mean disqualification and rejection of the Quotation.

I, ________________________, authorized representative of __________________________, acknowledged

receipt of this special reminder to prospective Offerors together with Quotation Invitation Number No.:

RFQ NO. ASPA18.009.ESD-WTR SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES

(VFDs) AND MAG METER PROJECT, this date of 2017.

_______________________________________

OFFEROR’S Representative's Signature

RFQ No. ASPA18.009.ESD.WTR P a g e 5 | 28

Supply/Delivery of VFD and Mag Meter Project

TERMS AND CONDITIONS OF THE REQUEST FOR QUOTATIONS (“RFQ”)

(SUPPLY CONTRACTS)

QUOTATION PREPARATION INSTRUCTION

The Quotation must contain two (2) parts. Offerors shall prepare their QUOTATIONS in detail accordingly.

1. Prior Related Experience/Past Performance – A description of the OFFEROR’S related experience,

background, past performance and credentials as stated on the Offeror Qualification Sheet, Attachment D,

which is incorporated herein as if fully set forth. This part includes a dossier of personnel qualifications.

Offeror should provide references (4 or more) and a project history that verifies a minimum of three (3)

years of specific or related experience. Offeror must hold appropriate and current business license(s) and

contractor’s license(s) for these services.

2. Contract Price – The OFFEROR’S Quotation price for all services and materials, including a breakdown of

project costs (e.g. estimated costs for materials, cost for labor, shipping, etc.) must be provided on the

Quotation Form, Attachment C.

All blank spaces in the Quotation form must be completed in ink. Prices Quotations shall be in United States dollars

in both words and figures where required. No changes shall be made in the phraseology of the forms. Written

amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in

figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any Quotation shall be

deemed informal which contains omissions, erasure, alterations or additions of any kind, or prices uncalled for, or in

which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of

the Notice to Offerors. The Offeror shall sign the Quotation in the space provided. If the Offeror is a corporation,

the legal name of the corporation shall be set for the above, together with the signature of the officer or offices

authorized to sign Contracts on behalf of the corporation. The typewritten name shall be inserted with each

signature. If the Offeror is a partnership, the true name of the firm shall be set forth above, together with the

signature of the partner or partners authorized to sign Contracts on behalf of the partnership. If signature is by an

agent, other than an officer of a corporation or a member of a partnership, a notarized power-of-attorney must be on

file with ASPA prior to opening of Quotations or submitted with the Quotation, otherwise the Quotation will be

regarded as not properly authorized.

Offerors are expected to examine the specifications, invitations, and all instructions. Failure to do so will be at the

OFFEROR’S risk.

QUOTATIONS must be in ink or printed on the Quotation form(s) furnished herewith. Quotations submitted in

partial will be rejected. QUOTATIONS containing alterations will be rejected unless the alterations are crossed out

and corrections thereof printed in ink or typewritten adjacent thereto and initialed by the person signing the

Quotation. In addition, a statement must be furnished with the Quotation signed by the Offeror explaining the

correction of the alteration or erasure.

If the Offeror is a partnership, a letter of authorization shall be furnished and signed by all of the general partners. If

the Offeror is a proprietor, and the person signing the Quotation is other than the owner, a letter of authorization

signed by the owner shall be furnished.

The Offeror must sign his Quotation correctly and in ink. If the Quotation is offered by an individual or partnership,

his name, office and post addresses must be shown. If offered by a corporation, the person signing the Quotations

must give his name, title and business address. Anyone signing a Quotation as agent must file legal evidence of his

authority to do so, and that the signature is binding upon the firm or corporation.

Alternate Quotations will not be considered unless authorized by the invitation. Alternate Quotations those offered

which do not meet the specification and are not considered approved equal to the item specified.

When not otherwise specified, the Offeror must state a definite time of proposed delivery.

RFQ No. ASPA18.009.ESD.WTR P a g e 6 | 28

Supply/Delivery of VFD and Mag Meter Project

Time, if stated as a number of days will include Sundays and holidays.

Submission of Quotations:

All interested parties must submit an original or PDF electronic copy, and five hard copies to be submitted in a

sealed envelope, subject to the Terms and Conditions of the Request for Quotations and General Conditions, which

are incorporated herein by reference, and such other provisions and specifications are attached or incorporated by

reference. Each section proposed must be complete. Partial offerings on a section will be considered non-

responsive.

Quotations shall be submitted to ASPA Procurement Office no later than January 3, 2018 at 2:00 pm American

Samoa Time.

Rejection of Quotations

ASPA may, after opening but prior to award and within the time specified for acceptance, reject any or all

Quotations, or the Quotation for any one or more commodities or contracted services included in the proposed

contract, when the public interest will be served thereby.

ATTACHMENTS

Attachment A: Offeror’s Transmittal Form

Attachment B: Offeror’s Proposal Form

Attachment C: Materials and Equipment Specifications

Attachment D: Offeror’s Qualifications Sheet

Attachment E: Disclosure Statements

Attachment F: Non-Collusion Affidavit of Prime Offeror

PRE-QUOTATION QUESTIONS

Any pre-quotation questions and/or clarifications shall be submitted in writing to the Procurement Office via

[email protected] through electronic mail or in hard copy. All pre-Quotation questions must be received no

later than 4:00 p.m. on December 13, 2017. After that time, ASPA will issue addenda to address any questions

and/or clarifications as may be necessary.

PAYMENT TERMS

20% down payment upon signing of Contract. An invoice will be required for any payment.

40% due upon arrival of Materials.

40% Due 30 days after Materials arrival at ASPA Tafuna Warehouse and inspection approval of the complete order.

Offerors may offer and negotiate with ASPA for acceptable payment terms.

TYPE OF CONTRACT

Services, materials, product or equipment provided and delivered by the successful Offeror will be performed under

a firm fixed-price, lump sum contract agreement. The successful Offeror, as an independent contractor shall furnish

the necessary equipment, personnel, tools, parts, supplies, insurance, licenses, and all other required items and

services and otherwise do all things necessary to meet the requirements specified in these documents to the

satisfaction of ASPA on a per unit cost basis.

The Contractor shall be an independent contractor and not an agent or employee of ASPA.

RFQ No. ASPA18.009.ESD.WTR P a g e 7 | 28

Supply/Delivery of VFD and Mag Meter Project

ASPA will not be held responsible in any way for claims filed by the Contractor or its employees for services

performed under the terms of this RFQ or the contract.

AWARD OF CONTRACT

Within twenty (20) calendar days after the opening of Quotations, unless otherwise stated in the Notice to Offerors,

ASPA will accept one of the Quotations in accordance with the section entitled “Basis of Award,” below. The

acceptance of the Quotation will be by written Notice of Award, mailed or delivered to the office designated in the

Quotation. In the event of failure of the lowest responsive, responsible Offeror to sign and return the Contract with

acceptable payment and performance bonds, as prescribed herein, ASPA may award the contract to the next lowest

responsive, responsible qualified Offeror. Such award, if made, will be made within ninety (90) days after the

opening of QUOTATIONS. Before a Contract is finalized, ASPA may require the apparent low Offeror to submit a

complete statement of the origin, composition, manufacture and availability of replacement parts and services for

any or all materials to be used in the work, together with samples. These samples may be subjected to the tests

provided for in these Contract Documents to determine their quality and fitness for the work.

PRIMARY OFFEROR

The award, if made, will be to a single Offeror. The selected primary Offeror will be responsible for successful

performance of all subcontractors and support services offered in response to this Quotation. Furthermore, the ASPA

will consider the primary Offeror to be the sole point of contact regarding contractual matters for the term of the

Agreement. The Offeror must not assign financial documents to a third-party without prior written approval by

ASPA, and an amendment to the resulting Agreement.

BUSINESS LICENSE

All Offerors shall be appropriately licensed in accordance with the state, territory, and/or country of the Offeror’s origin

and shall be skilled and regularly engaged in the general type and capacity of work called fo under this RFQ.

INSURANCE

The Contractor shall obtain the insurance coverage designated herein and pay all costs associated therewith. Such

insurance shall be for the coverage of the shipment of materials to ASPA, Pago Pago Port.

BASIS OF AWARD

Award is made to the lowest responsive, responsible Offeror providing the best value to the American Samoa Power

Authority.

At the time of Quotation opening, each Quotation will be checked for the presence or absence of required

information in conformance with the submission requirements of this RFQ.

ASPA will evaluate each Quotation to determine its responsiveness to the published requirements.

Unless the Procurement Manager determines that satisfactory evidence exists that a “mistake” has been made, as set

forth in Procurement Rule § 3-114, Offerors will not be permitted to revise their QUOTATIONS after Quotation

opening.

Negotiations are not allowed and price is the major determining factor for selection and award.

Quotations will be evaluated according to ASPA’s Procurement Rules and criteria set forth in these Quotation

documents.

RFQ No. ASPA18.009.ESD.WTR P a g e 8 | 28

Supply/Delivery of VFD and Mag Meter Project

ASPA reserves the right to award by section or sections. ASPA also reserves the right as a whole package of all

sections.

QUALIFICATION OF OFFEROR

ASPA may make such investigations as it deems necessary to determine a OFFEROR’S ability to enter into and

perform the agreement, and the Offeror shall furnish to ASPA such information and data for this purpose as ASPA

may request, or the Offeror may be deemed non-responsive.

MULTIPLE QUOTATIONS – COLLUSION

If more than one Quotation is submitted by any one party or in the name of its clerk, partner or other person; all

Quotations submitted by said party may be rejected by ASPA. This shall not prevent an Offeror from submitting

alternate Quotations when called for. A party who has proposed prices on materials is not thereby disqualified from

quoting prices to other Offerors or from submitting a Quotation directly to ASPA.

If ASPA believes that collusion exists among any Offerors, none of the participants in such collusion shall be

considered.

Quotations in which the contract prices are unbalanced or unrealistic may be rejected at ASPA’s sole discretion.

OFFEROR’S UNDERSTANDING

Each Offeror must understand and acknowledge the conditions relating to the execution of the work and it is

assumed that it will make itself thoroughly familiar with all of the Contract Documents prior to execution of the

written contract.

Each Offeror shall inform itself of, and shall comply with, federal and territorial statutes and ordinances relative to

the executing of the work. This requirement includes, but is not limited to, applicable regulations concerning

protection of public and employee safety and health, environmental protection, historic preservation, the protection

of natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar subjects.

Costs of Transportation. The Contractor will be expected to include in its Quotation, among other things, costs of

transporting product, equipment and materials to and from American Samoa.

WITHDRAWAL OF QUOTATION

Any Quotation may be withdrawn prior to the scheduled time for the opening of Quotations by notifying ASPA in a

written request. No Quotation may be withdrawn after the time schedule for opening of Quotations.

OPENING AND EVALUATION OF QUOTATIONS

In accordance with ASPA Procurement Rule §3-110, QUOTATIONS will be opened and recorded on the assigned

date and at the time indicated above at the Procurement Conference Room located at the ASPA New Tafuna

Operations Building or in another place designated by the ASPA Procurement Manager in writing.

EXECUTION OF CONTRACT

The Contractor shall, after receiving the Notice of Award, sign a contract within ten (30) days and deliver to ASPA

the contract, together with all any requirements included in this Quotation document.

ASSIGNMENT

The Contractor shall not assign, transfer, convey or otherwise dispose of the award or the contract, or its right, title

or interest therein, or its power to execute such contract, to any other persons, firms or corporations without the prior

consent in writing of ASPA.

TIME IS OF THE ESSENCE

RFQ No. ASPA18.009.ESD.WTR P a g e 9 | 28

Supply/Delivery of VFD and Mag Meter Project

Time is of the essence in completing the work to be performed under the contract. Delays and extensions of time

will not be allowed, and a penalty fee of $100 per day shall be assessed for not meeting any of the milestones agreed

upon between ASPA Procurement and the contractor based on the supply schedule and shall consist of (at a

minimum) material submittals and equipment shipping.

RFQ CONDITIONS

This RFQ does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a Quotation.

The American Samoa Power Authority reserves the right to:

Reject any Offeror for being non-responsive to Quotation requirements contained in this RFQ or for being non-

responsible;

Reject all QUOTATIONS and reissue an amended RFQ;

Negotiate a contract with the Offeror selected for award; and

Waive any non-material violations of rules contained in this RFQ.

ASPA reserves the right to issue any addendum to this RFQ. Offerors shall send ASPA a signed form confirming

receipt of any addendum, and shall submit supporting/additional information as required by any addendum. In the

event that an Offeror fails to acknowledge receipt of any such addendum in the space provided, such OFFEROR’S

Quotation shall be considered irregular and will be accepted by ASPA only if it is in ASPA’s best interest, as

determined by ASPA in its sole discretion. In the event that addenda are not received until after the Offeror has

submitted its Quotation, a supplementary Quotation may be submitted revising the original Quotation. Such

supplementary Quotations must be received by ASPA prior to the scheduled time for opening of Quotations.

COMPLIANCE WITH LAWS

Offerors who are awarded a contract under this solicitation shall comply with the applicable standards, provisions

and stipulations of all pertinent Federal and/or local laws, rules and regulations relative to the performance of this

contract and the furnishing of goods.

AWARD, CANCELLATION, AND REJECTION

Contract award shall be made to the responsible Offeror submitting the lowest responsive Quotation. No other

factors or criteria shall be used in the evaluation.

ASPA reserves the right to waive any minor irregularities in the Quotation received. The Procurement Manager

shall have the authority to award, cancel, or reject Quotations, in whole or in part for any one or more items if she

determines it is in the best public interest. It is the policy of ASPA to award contracts to qualified Offerors. ASPA

reserves the right to increase or decrease the quantity of the items for award and make additional awards for the

same type items based on the quotation prices for a period of thirty (30) days after the original award.

OFFEROR’S QUALIFICATION DATA

It is the intention of ASPA to award a contract only to the Contractor who is able to furnish satisfactory evidence

that it has the requisite experience and ability and that it has sufficient capital, facilities and plant to enable it to

perform the work successfully and promptly and to complete it within the term set forth in the contract. Each

Offeror shall submit as part of the total Quotation package, the following information:

Name of organization;

Address and phone number of home office, principal place of business and locations and contact information for any

branch offices;

Type of business structure, e.g., corporation, partnership, joint venture, proprietorship;

RFQ No. ASPA18.009.ESD.WTR P a g e 10 | 28

Supply/Delivery of VFD and Mag Meter Project

Place of organization or state of incorporation;

Names and addresses for all owners for businesses other than corporations;

For corporations, list the names and addresses of directors, officers and stockholders with twenty percent (20%)

ownership interest or greater;

Places, including individual states and territories of the United States, where registered as a foreign corporation;

Name of awarding agency or owner for which work was performed;

Dates of performance;

Whether performance was completed within the specified time under the contract and, if not, why; and

The names and addresses of three references, at least one of which should be a bank or other lending institution,

governmental agency or bonding company.

Delivery and Remedies for Default

All proposed prices are to include delivery to the place designated by ASPA which shall be the American Samoa

Power Authority (ASPA) Tafuna Warehouse.

Shipping charges shall include: Customs 5% excise tax, Customs & Scanning Fees.

All prices Quotation are to be FOB destination. Contractor shall be responsible for filing all claims for damage or

loss resulting from shipment, and shall provide timely remedy to ASPA for any loss thereby incurred.

All items covered by this contract shall be subject to inspection and acceptance at destination. Any material found to

be damaged, as well as broken seals on packages or unmarked packages shall be removed and replaced by the

Contractor at no cost to ASPA.

In the event any item furnished by the Contractor in performance of the contract should fail to comply with the

specifications established as a basis for award of the Invitation, ASPA may reject the same, and it shall thereupon

become the duty of the Contractor to reclaim and remove the same forthwith without expense to ASPA, and

immediately to replace all such rejected items with others conforming to said specifications; provided that should

the Contractor fail, neglect or refuse to do so, ASPA shall thereupon have the right to purchase in the open market,

at the then prevailing price, a corresponding quantity of any such items, and to deduct from any monies due or that

may thereafter become due to the Contractor the difference between the price named in the contract and the actual

cost thereof to ASPA. In addition and without limiting any other remedies available to ASPA, the Contractor shall

be liable for all losses, costs and expenses incurred by ASPA.

Acceptance of items at destination shall not relieve the Contractor from the obligation to correct any incomplete,

inaccurate, or defective deliveries in accordance with these General Conditions.

The time of delivery as set forth herein is an integral part of this Invitation and resulting contract. If Contractor fails

to make delivery within the time established and agreed upon by both parties, ASPA may, at its option, declare the

Contractor to be in default, and his Quotations and resulting contract to be null and void or ASPA shall charge the

Contractor a fee of $100 per day until the default has been remedied.

Contractors shall be excused from performing hereunder during the time and to the extent that they are prevented

from obtaining, delivering, or performing in the customary way because of fire, strike, acts of God, partial or total

interruption, providing it is satisfactorily established that the non-performance is not due to fault or negligence of the

party not performing.

Offeror shall indicate in its Quotation the lead time for delivering the order to American Samoa.

RFQ No. ASPA18.009.ESD.WTR P a g e 11 | 28

Supply/Delivery of VFD and Mag Meter Project

ASPA shall be notified by the vendor if the product ordered cannot be delivered within the time period to give

ASPA the opportunity to secure product elsewhere.

ASPA reserves the right to purchase products on open market if vendor cannot supply products within time specified

in this contract.

Prices

All prices Quotation shall be firm and not subject to increase if accepted during the acceptance period. Quotations

containing an “escalation clause” will not be considered unless specifically authorized by ASPA in the Invitation for

Quotations.

For each item Quotation, a unit price and a total for the quantity must be stated. The unit price shall always control.

All prices shall be F.O.B. (Free On Board) destination. The seller hereunder must at his own expense and risk,

transport the goods to the named place and there tender delivery.

Product Guarantee

Products sold under the contract must be guaranteed by the vendor.

Orders not filled and partials shall be indicated on the packing list. Vendor shall inform the Procurement Manager of

anticipated delivery date for unfilled and partial orders.

Return Policy

Products can be returned for full credit within 30 days from the date of delivery. If an item is received damaged or

defective, the vendor will replace the item at no charge. Should ASPA encounter a warranty/return issue, the product

will be returned to the vendor for full credit or a replacement.

Specifications

All specifications included as a part of this Invitation are designed to set forth the level of quality and performance

desired by ASPA, and is intended to be descriptive, not restrictive. Whenever any article, material, or equipment is

described by use of a product or brand name, or by using the name of a manufacturer or vendor, the use of same is

for informative purposes only, and the term "or equal" if not inserted, is implied.

Offerors may submit alternate offers on items they deem to be equal or superior in quality and performance to the

specifications set forth. However, such offers must designate the manufacturer, brand or trade name, and model

number of the items offered, and be accompanied by descriptive material in the form of literature, catalog cuts and

specifications fully describing the items proposed, and detailing any deviations from the specification established by

ASPA. Failure to provide this information will be at OFFEROR’S risk and may be cause for rejection of the items

offered.

ASPA reserves the right to require such additional information, samples and, if practicable, demonstration of items

offered as may be necessary to allow a full and complete evaluation of all Quotations. Samples and/or

demonstrations will be supplied promptly and free of charge to ASPA. Failure to provide samples within a set of

business days agreed upon by both parties may be grounds for Quotation rejection. Samples will upon request, and if

not destroyed by testing, be returned at the OFFEROR’S expense.

The responsibility to determine the equivalence of quality and performance of any item offered to the specifications

established for this Invitation rests solely with ASPA and its decision shall be final.

ASPA reserves the right to require such additional information, samples and, if practicable, demonstration of items.

Warranty

The Contractor warrants;

that goods, supplies, materials, and equipment covered by this contract conform to the specifications,

design, drawings, samples and other descriptions referred to in this contract;

that such goods, supplies, materials, and equipment are free from defects in materials and workmanship,

patent or latent; and

RFQ No. ASPA18.009.ESD.WTR P a g e 12 | 28

Supply/Delivery of VFD and Mag Meter Project

that such goods, supplies, materials and equipment are fit for ordinary purposes for which they are used,

and fit for such particular purposes as the Contractor has reason to know or should know.

Conflict of Interest No member, officer, or employee of ASPA during his/her tenure or for one year thereafter shall have any interest ,

direct or indirect, in any property included, or any contract for property, materials, or services to be furnished or

used in connection with this contract or the proceeds thereof.

Assignment

The Contractor's obligation and duties under this contract shall not be assigned in whole or in part by the Contractor

without the prior written approval of ASPA.

Indemnification

Contractor agrees to investigate, defend and hold ASPA harmless from and against any and all loss, damage,

liability, claims, demands, detriments, cost, charges and expense (including attorney's fees), and causes of action of

whatsoever character which ASPA may incur, sustain or be subjected to, arising out of or in any way connected to

the services to be performed by Contractor or subcontractor under this Contract and arising from any cause, except

the sole negligence of ASPA.

RFQ No. ASPA18.009.ESD.WTR P a g e 13 | 28

Supply/Delivery of VFD and Mag Meter Project

ATTACHMENT A

OFFEROR’S TRANSMITTAL FORM

Date: _________________________

AMERICAN SAMOA POWER AUTHORITY

American Samoa Government

To Whom It May Concern:

The undersigned (hereafter called an Offeror), _________________________________________

(Corporation, Partnership or Individual)

hereby proposes and agrees to furnish all the necessary information pertaining to:

RFQ NO. ASPA18.009.ESD-WTR SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES

(VFDs) AND MAG METER PROJECT

In accordance with the Scope of Purchase Proposal Form (Attachment F), General Terms and Conditions, the item

Specifications and other procurement requirements specified in this document for the prices stated in the itemized

proposal form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or

omitted work in accordance with the unit and/or lump sum prices stated in the itemized proposal form attached

hereto.

The undersigned has read and understands the proposal requirements, and is familiar with and knowledgeable of the

local conditions at the island-wide location(s) where the work is to be performed. The Offeror has read the RFQ

Instructions and General Terms and Conditions attached to ascertain that all of the requirements (see boxes) of the

Quotation are submitted in the Quotation envelope, with an original, one PDF electronic copy, and five (5) hard

copies, at the date and time for Quotation opening. (See Page 6 of this document, “SPECIAL NOTICE TO

PROSPECTIVE OFFERORS” to verify that all submittal requirement boxes have been checked).

Signed

Date

RFQ No. ASPA18.009.ESD.WTR P a g e 14 | 28

Supply/Delivery of VFD and Mag Meter Project

ATTACHMENT B

OFFEROR’S PROPOSAL FORM

In compliance with the above REQUEST FOR QUOTATIONS, the undersigned proposes to provide all materials in

strict accordance with the General Conditions, General Requirements, Technical Specification Schedules,

Specifications for the Supply and Delivery of Variable Frequency Drives (VFDs) and Mag Meter (SEE

MATERIALS AND EQUIPMENT SPECIFICATIONS)

TO: American Samoa Power Authority, Attn: Procurement Manager

ADDRESS: PO Box PPB, Pago Pago, American Samoa96799

TITLE: SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES (VFDs) and

MAG METERS

RFQ NO.: RFQ NO. ASPA18.009.ESD-WTR

OFFEROR: ________________________________

________________________________

________________________________

________________________________

DATE: _________________, 2017

Lead time must be listed for the supply and delivery of VFDs and Mag Meters: ___________________

All blanks on the Quotation Form shall be typewritten or handwritten in blue or black ink.

Item QTY UNIT DESCRIPTION U/COST AMOUNT

MECHANICAL EQUIPMENT AND MATERIALS

1 1 EA 25 HP, Dansfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), 3X380 – 500 VAC,

IP66/NEMA 4X enclosure, 460 volts, Three (3) Phase,

60 hzAC with conformal coating, drive disconnect,

Modbus and MCB 109 advanced analog I/O with spare

fuses (packed of 3) – Vaipito Well # 183

2 1 lot 2 year parts warranty

3 1 EA 30 HP, Dansfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), 3X380 – 500 VAC,

IP66/NEMA 4X enclosure, 460 volts, Three (3) Phase,

60 hzAC with conformal coating, drive disconnect,

Modbus and MCB 109 advanced analog I/O with spare

fuses (packed of 3) – Tafuna Well # 77

4 lot 2 year parts warranty

5 4 EA 20 HP, Danfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), Single (1) Phase input and

Three (3) Phase output power supply, IP66/NEMA 4X

enclosure, 230 volts, 60 hzAC with conformal coating,

drive disconnect, Modbus and MCB 109 advanced

analog I/O with spare fuses (packed of 3) – Manua-

RFQ No. ASPA18.009.ESD.WTR P a g e 15 | 28

Supply/Delivery of VFD and Mag Meter Project

Tau Well # 213, 214, Afono Well # 176 & FMF Well

# 181

6 lot 2 year parts warranty

7 4 EA 10 HP, Danfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), Single (1) Phase input and

Three (3) Phase output power supply, IP66/NEMA 4X

enclosure, 230 volts, 60 hzAC with conformal coating,

drive disconnect, Modbus and MCB 109 advanced

analog I/O with spare fuses (packed of 3) – Masefao

Well # 242 Ofu Well # 202

8 1 lot 2 year parts warranty

9 8 EA 5 HP, Danfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), Single (1) Phase input and

Three (3) Phase output power supply, IP66/NEMA 4X

enclosure, 230 volts, 60 hzAC with conformal coating,

drive disconnect, Modbus and MCB 109 advanced

analog I/O with spare fuses (packed of 3) – Aasu Well

# 128, Fagaitu’a Well # 164, Aoa # 152, Aunu’u

Well # 302 and Ofu Well # 203

10 1 lot 2 year parts warranty

11 3 EA 3 HP, Danfoss VLT® Brand Aqua Drive Variable

Frequency Drive (VFD), Single (1) Phase input and

Three (3) Phase output power supply, IP66/NEMA 4X

enclosure, 230 volts, 60 hzAC with conformal coating,

drive disconnect, Modbus and MCB 109 advanced

analog I/O with spare fuses (packed of 3) – Fitiuta

Well # 207, and Fagaalu Well # 179

12 1 lot 2 year parts warranty

13 4 EA 10 HP, Franklin submersible motor, Three (3) Phase,

230 volts, 60hzAC – FMF Well # 181, Manua Well #

213, 214 and Afono Well # 176

14 3 EA 5 HP, Franklin submersible motor, Three (3) Phase,

230 volts, 60hzAC – Aasu Well # 128, Masefao Well

# 242 and Ofu Well # 202

15 4 EA 2 HP, Franklin submersible motor, Three (3) Phase,

230 volts, 60hzAC – Fagaitu’a Well # 164 , Aunu’u

Well # 302 , Ofu Well # 203, Aoa Well # 152

16 2 EA 1.5 HP, Franklin submersible motor, Three (3) Phase,

230 volts, 60hzAC – Fitiuta Well # 207 and Fagaalu

Well # 179

17 10 EA Danfoss compact pressure transducer, MBS3000, 0-

100 psi, pressure range, 4-20mA, 316SS wetted parts,

1/2ӯ connection РFor ten (10) wells

18 4 EA 4ӯ Series 80DI/SS VFD submersible pump

Flowmatic check valve, Female NPT with fusion epoxy

– Vaipito Well # 183, Tafuna Well # 77, FMF Well #

181 and Manua Well # 213

19 4 SET 4ӯ MJK brand Mag Flux flow meter, 7200 sensor,

ANSI, 304 SS carbon steel flanges, 316 SS electrodes

with SCADA, ModBus, RS485, USB & Bluetooth

communication module. - Vaipito Well # 183, Tafuna

Well # 77, FMF Well # 181 and Manua Well # 213

20 4 SET MJK Mag Flux converter and display with wall

mounting housing (with sensor mounted connection

board, 120 VAC) - Vaipito Well # 183, Tafuna Well #

RFQ No. ASPA18.009.ESD.WTR P a g e 16 | 28

Supply/Delivery of VFD and Mag Meter Project

77, FMF Well # 181 and Manua Well # 213

21 4 SET MJK flow sensor IP68/NEMA 6P, wall mounted

electronics, sensor cable and connection board -

Vaipito Well # 183, Tafuna Well # 77, FMF Well #

181 and Manua Well # 213

22 4 EA 4ӯ 316SS grounding ring flange - Vaipito Well #

183, Tafuna Well # 77, FMF Well # 181 and Manua

Well # 213

Above price shall include all costs such as, shipping, insurance and taxes and other cost that may be incurred to

satisfy the full requirements of the Bid Documents.

Total Base Bid ( FOB/CIF ASPA Tafuna):

________________________________________________________

(Amount in Words)

$ ______________

The Offeror shall submit together with this bid all other resources, together with a corresponding schedule required

to complete the job. Bids without the foregoing will be considered non-responsive and may cause the rejection of the

bid at ASPA’s sole discretion. All blanks on the Bid Form shall be typewritten or handwritten in blue or black ink.

1. SUBCONTRACTORS. A list of intended subcontracting firms or businesses together with the type or

description of the work to be subcontracted shall be attached to this Bid Form.

IN WITNESS THEREOF, the undersigned has caused this instrument to be executed by its duly authorized

officers on this day of 2017.

OFFEROR:

Company:

Name:

Title:

RFQ No. ASPA18.009.ESD.WTR P a g e 17 | 28

Supply/Delivery of VFD and Mag Meter Project

ATTACHMENT C

MATERIALS AND EQUIPMENT SPECIFICATION

SUBMERSIBLE MOTOR

The motor shall be of submersible induction type, non-rewindable, rated at 460 volts (for

Three (3) Phase) and 230 volts (for Single (1) Phase input and Three (3) Phase power

supply output) - as indicated on the operating requirements, 3450 rpm, 60 hertz AC. The

motor shall be designed for continuous duty operation and shall have a minimum service

factor of 1.10. The motor shall be water filled and shall incorporate a mechanical seal to

restrict foreign matter from entering the motor. The thrust bearings shall be of ample

capacity to carry the weight of all rotating parts plus the hydraulic thrust and shall be an

integral part of the driver. It shall be equipped with expansion diaphragm to compensate

for filling water expansion/contraction due to temperature changes.

OPERATING REQUIREMENTS – The VFD and Submersible Motor shall meet the

following operating requirements: The Variable Frequency Drive (VFD) and the

Submersible Motor shall be manufactured by Danfoss and Franklin respectively or ASPA

approved equal.

Item DESCRIPTION

1 Variable Frequency Drive

(VFD) Motor Control ,

Three (3) Phase, 460 volts,

60 hzAC

30 HP

25 HP

2 Franklin Motor

Horsepower Rating, HP

NA

NA

3 RPM NA NA

4 Maximum diameter of

submersible motor

6 inches

6 inches

5 Voltage Rating, Volts 460 V 460 V

6 Phase / Hertz Three (3)

Phase / 60

Three (3)

Phase / 60

Item DESCRIPTION

1 Variable Frequency Drive

(VFD) Motor Control ,

Single (1) Phase input and

Three (3) Phase output

voltage, 230 volts, 60

hzAC

20 HP

10 HP

5 HP

2 Franklin Submersible

Motor Rating, Three (3)

Phase, 230 volts, 60hzAC

10 HP

5 HP

2 HP & 3 HP

3 RPM 3450 3450 3450

RFQ No. ASPA18.009.ESD.WTR P a g e 18 | 28

Supply/Delivery of VFD and Mag Meter Project

4 Maximum diameter of

submersible motor

6 inches

4 inches

4 inches

5 Voltage Rating, Volts 230 V 230 V 230 V

6 Phase / Hertz Single (1)

Phase Input -

Three (3)

Output

Voltage / 60

hzAC

Single (1)

Phase Input -

Three (3)

Output

Voltage / 60

hzAC

Single (1)

Phase Input -

Three (3)

Output Voltage

/ 60 hzAC

Item DESCRIPTION

1 Variable Frequency Drive

(VFD) Motor Control ,

single (1) phase input and

three (3) phase output

voltage, 2300 volts, 60

hzAC

3 HP

2 Franklin Submersible

Motor Rating, Three (3)

Phase, 230 volts, 60hzAC

1-1/2 HP

3 RPM 3450

4 Maximum diameter of

submersible motor

4 inches

5 Voltage Rating, Volts 230 V

6 Phase / Hertz Single (1)

Phase Input -

Three (3)

Output

Voltage / 60

hzAC

VARIABLE FREQUENCY DRIVE (VFD) MOTOR CONTROL

VARIABLE FREQUENCY DRIVE (VFD)

The Danfoss VLT Drive Variable Frequency Drive (VFD) shall be IP66 / enclosed type NEMA 4X. The Drive shall meet the following requirement listed below:

Main Supply:

For Single (1) Phase Input and Three (3) Phase Output Power Supply:

Supply Voltage: 180 - 250 Volts, ± 10%

Supply Frequency: 60 hzAC

Displacement Power factor (cos Ø) near unity: (˃ 0.98)

Switching on Input Supply L1, L2: 1 - 2 times/min

Output Data (U, V)

Output Voltage: 0 - 100% of Supply

Switching on Output: Unlimited

RFQ No. ASPA18.009.ESD.WTR P a g e 19 | 28

Supply/Delivery of VFD and Mag Meter Project

Ramp Times: 1 - 3600 seconds

Closed Loop: 0 - 132 Hz

For Three (3) Phase Power Supply:

Supply Voltage: 380 - 500 Volts, ± 10%

Supply Frequency: 60 hzAC

Displacement Power factor (cos Ø) near unity: (˃ 0.98)

Switching on Input Supply, L1, L2, L3: 1 - 2 times/min

Output Data (U, V, W)

Output Voltage: 0 - 100% of Supply

Switching on Output: Unlimited

Ramp Times: 1 - 3600 seconds

Closed Loop: 0 - 132 Hz

Digital Inputs

Programmable Digital Inputs: 6*

Logic: PNP or NPN

Voltage Level: 0 - 24 VDC

* Two of the inputs can be used as digital outputs

Analogue Reference Inputs

Analogue Inputs: 2

Modes: Voltage or Current

Voltage Level: -10 to + 10 V (scaleable)

Current Level: 0/4 to 20 mA (scaleable)

Pulse Inputs

Programmable Pulse Input: 2

Voltage level: 0 - 24 VDC (PNP positive logic)

Pulse Input Accuracy: (0.1 - 110 kHz)

* Two of the digital inputs can be used for pulse inputs

Analogue Output

Programmable analogue outputs: 1

Current range @ analogue output: 0/4 - 20 mA

Relay Outputs

Programmable relay outputs: (240 VAC, 2A & 400 VAC, 2A)

Field Bus Communication

ModBus, RTU, ModBus TCP, BacNet, DeviceNet, ProfiBus, CanOpen, Ethernet and Profinet, SCADA connection

Temperature

Ambient Temperature: up to 55ºC

BUILT - IN PROTECTION

System Overload

Motor Failures

Motor & Drive overloading

Voltage Disturbances

Power Surges

Loss of Phase

Phase to Phase and Phase to Ground Short Circuit

Ground Fault

Switching on Input/Output

Electrical disturbances

Over Voltage

Over Current

RFQ No. ASPA18.009.ESD.WTR P a g e 20 | 28

Supply/Delivery of VFD and Mag Meter Project

Under Voltage

External Fault

Over Temperature

Compact Pressure Transducer

Type: Danfoss MBS3000

Accuracy, max.: 1.00%

Accuracy, typical 0.5%

Output signal type: 4 - 20 mA, 2 - wire transmitter

Operating temp.: - 40 to 185 ºF

Process Connection: 1/2" NPT, Male

Pressure Range: 0 – 7 Bar

Pressure unit reference: Gauge (relative)

Response time, max. (ms) 4 ms

Pressure connection standard: ANSI/ASME B1.20.1

ELECTRO-MAGNETIC MAG METER

SYSTEM DESCRIPTION

Sensors, signal processors, displays, hardware and wiring to produce flow indication,

flow totals, data logging, flow trend lines, SCADA system communications, control I/O

and alarm data along with transmitting a linear signal proportional to the current flow rate

in the closed pipe location indicated in the plans.

The electromagnetic flow measurement system shall consist of a Flow Sensor which uses

Faradays law of electromagnetic induction along with a microprocessor based Flow

Converter and Display.

The flow meter shall have built in self-diagnostics, technician service functions and be

suitable for use with the manufacturer’s system certifying kit to confirm meter’s sensor

functions, accuracy of electronics including a calibration check of electronics at a zero

flow and a mid-range flow rates, and for confirming all components meet factory

specifications for accuracy and feature operation.

FLOW SENSOR

Construction: The sensor shall be produced from 304 stainless steel pipe, coils, 316L

stainless steel electrodes and a hard rubber liner, soft rubber liner, or PTFE liner as

required for compatibility with the media. The sensor shall have a stainless steel outer

jacket or carbon steel outer jacket, carbon steel or stainless steel ANSI 150 psi or

optionally ANSI 300 psi, ANSI Class D or ANSI Class E flanges. Carbon steel exterior

components as well as the exterior of the flow tube shall be protected with two part epoxy

coating for corrosion resistance.

Installation: A minimum of 3 pipe diameters up stream and 2 pipe diameters down

stream of straight smooth pipe are recommended. (Consult Factory for any variations.)

RFQ No. ASPA18.009.ESD.WTR P a g e 21 | 28

Supply/Delivery of VFD and Mag Meter Project

a. Flow Sensor Operating Temperature shall be: Media Temperature -25ºC to 110ºC (-

13ºF to +230ºF), Ambient Temperature -30ºC to 80ºC (-22ºF to + 176ºF).

b. Flow Sensor Sizing shall conform to the manufacturer’s sizing recommendations for

the expected flow rates per the table below:

c. Flow Sensor shall be capable of being installed for permanent burial or submergence

up to 30 ft. (IP 68/NEMA 6P) using manufacturer’s submergence and waterproofing

kits. Flow sensor shall be capable of temporary (30 minutes) submergence up to 3 ft.

(IP 67) without a submergence kit.

d. Flow Sensor shall be full bore internal diameter throughout to reduce liner erosion

and reduce turbulence at high flow ranges.

e. Flow Sensor shall be factory calibrated and wet tested to deliver ±0.25% reading

accuracy for sizes from ¼ inch up to 12 inch diameters, and ±0.5% reading accuracy

up from 14 inch to 20 inch diameters, ±1% reading accuracy from 24 inch to 40 inch

diameters, and ±2% reading accuracy in sizes above 40 inches diameter. Accuracies

will be NIST Traceable.

f. Flow Sensor shall be delivered with a calibration certificate for verification of

performance.

g. The Flow Sensor shall have calibration and flow set up data marked on the sensor.

h. No tools or instruments shall be required to enter or confirm calibration data during

set-up.

i. The Flow Sensor shall have no electronic components except the electrodes and coils.

RFQ No. ASPA18.009.ESD.WTR P a g e 22 | 28

Supply/Delivery of VFD and Mag Meter Project

j. Flow Sensor shall be capable of operating in 100% humidity on a permanent basis

with manufacturer’s recommended gel potting.

k. Flow sensor shall be capable of being mounted in at angles up to 45º from vertical

around the centre axis of a horizontal pipe.

l. Flow Sensor shall be capable of being installed in any direction without regard to

flow direction.

m. The Flow Sensors 316L electrodes shall be lobed so as to create a scouring effect

with flow through the tube.

n. The Flow Sensor shall also include a grounding electrode to eliminate the need for

grounding rings in wastewater applications (except when using non-conducting pipe).

FLOW CONVERTER

a. Flow Converter shall have an enclosure rating of IP 67 (NEMA 6).

b. Flow Converter shall have a measurement accuracy of ±0.1%.

c. Flow Converter shall energize and detect signals generated at the flow Sensor

electrodes and self-adjust frequency and amplitude to maximize accuracy across a

wide range of flow velocities.

d. Flow Converter shall include program for periodic self-cleaning off the Flow Sensor

electrodes using cyclic reverse polarization systems to prevent material attachment

and to detach plated materials.

e. Flow Converter shall be capable of measuring fluid velocities in low 0 to 0.2m/S

(0.6ft/sec.) and up to a maximum velocity up to 10m/s (30ft/sec).

f. Maximum accuracies shall be achieved from 2% of the flow sensors maximum flow

rate up through the sensors maximum flow rate.

g. Flow Converter shall be a flow rate transmitter with a fully scaleable 4-20mA output

proportional to all or part of the full-scale flow rate and capable of transmitting with a

maximum line load of 800 Ω.

h. The Flow Converter shall be capable of transmitting a 4-20mA output proportional to

the flow in either direction, or 4-20 mA proportional to flow in both directions,

selectable after installation.

i. Flow Converter shall have one voltage free electromechanical relay rated for a

maximum of 50VDC at 1 Amp one voltage free relay rated for 50VAC/VDC 120mA

RFQ No. ASPA18.009.ESD.WTR P a g e 23 | 28

Supply/Delivery of VFD and Mag Meter Project

max. Both relays are programmable for totalizer counter output, batch counters,

high/low flow alarm, system error, empty pipe alarm, and flow direction indication.

j. The Flow Converter shall accept one external digital input rated at a maximum of

30VDC with a signal less than 5VDC registered as = 0 and a signal greater than 10

VDC as registered as = 1, minimum pulse length 100ms. Digital input can be used for

reset of batch counters, start and stop batches or alarm acknowledgement.

k. The Flow Converter shall be capable of reading flow in both directions and have three

re-settable totalizers and three non-resettable totalizers capable of totalizing the total

flow or net flow in both directions.

l. The Flow Converter shall have two batch counters utilizing dynamic adaptive batch

counting to minimize under shooting and over shooting of batch volume by self-

adjusting the batch cycle based on actual batch size measurement results.

m. Flow Converter shall have a MODBUS RTU-mode for control and communication

using either the MJK MagFlux Display unit or for communication with a PLC. The

manufacturer shall supply a document with the list of program registers upon request.

n. Flow Converter shall use an RS 485 communication interface capable of transmitting

up to 3000 ft. the controls and data in the MODBUS RTU mode to a PLC or MJK

Display Unit.

o. Flow Converter shall be capable of operating without a display, with a remote

display, with an integral display or as a member of a group of two to four converters

working from a single display.

p. Flow converter shall be capable of being operated remote to the Flow Sensor.

q. Converter shall have CE conformance for radio signal input and output immunity.

r. Flow converter shall have user adjustable low flow cut off for automatic zeroing of

flow rate, totalizing and mA output. No external switching shall be required to

achieve zero flow.

t. Flow Converter dimensions with cover or display unit attached shall not exceed 6.4”

W x 5.9”H x 3.5”D.

u. Flow Converter and must be capable of interchanging with any other flow sensor

from the same manufacturer, without the use of electronic memory media exchange.

v. Flow Converter must be capable of being remote mounted up to 150 ft from the flow

sensor and require only one set of communication cabling to the sensor for operation.

RFQ No. ASPA18.009.ESD.WTR P a g e 24 | 28

Supply/Delivery of VFD and Mag Meter Project

DISPLAY UNIT

a. Display Unit shall be a white dot matrix 64 x128 pixel graphic backlit display.

b. Display Unit shall allow up to four lines of customizable text with automatic font

scaling allowing maximum size up to ½ an inch for the primary measurement

parameter.

c. Display Unit shall indicate flow, flow direction, volume, totalizers, configuration, and

set-up operations in plain English text.

d. The Display Unit shall display a graphical trend line of the flow history which can be

expanded to show greater detail down to 5 minutes increments of flow rates.

e. The Display Unit shall collect 160,000 flow data points with date and time at user

specified time intervals, and data log daily flow totals.

f. The Display Unit shall communicate with the Flow Converter using a MODBUS

RTU mode using RS485 communications on standard twisted wires for distances up

to 3000 ft.

g. The Display Unit shall be capable of controlling, configuring, and data logging for up

to four Flow Converters and flow sensors at the same time with simultaneous displays

of measurements.

h. The Display unit shall also have options for Modbus or Profibus data transmission in

addition to the Converter communications modes.

i. The Display Unit shall hold all settings in a flash memory in the event of a power

outage. Battery back-up is not acceptable.

j. The Display Unit shall have a USB port for connection or options for Blue Tooth

communication to a personal computer for downloading data in CSV file types

suitable for use with commonly available spreadsheet and data management software.

The USB port shall also be capable of letting the operator store all flow meter settings

as a file on a PC, configure the flow meter converter from a PC, upload software

updates, and upload standard configurations.

k. The Display Unit shall be able to be remote mounted up to 3000 feet from Flow

Converters.

l. The Display Unit shall have four keypad buttons for configuration and operation by

the user and for use as a digital input for control.

m. The Display unit shall be capable of showing ‘pop-up’ alarm messages which shall

persist as long as the alarm condition exists and will disappear 5 minutes after alarm

stops.

RFQ No. ASPA18.009.ESD.WTR P a g e 25 | 28

Supply/Delivery of VFD and Mag Meter Project

MATERIALS

1. All instruments and sensors shall be supplied by one manufacturer to ensure

consistent fit and system-wide functioning.

2. Provide:

a. Flow Sensor compatible with flow rate and media.

b. Flow Converter capable of converting conductive liquid velocity signal into flow rate

and transmitting proportional signal, totalizing signal and relay signals.

c. Display Unit capable of displaying all measurements and set-up functions, and

capable of providing data logging functions and program uploads.

d. Provide MJK MagFlux Electromagnetic Flow Meter System and recommended spare

parts.

e. Calibration shall be by registering the Flow Sensor’s serial number to the Flow

Converter by keying it into the Display Unit. Use of memory chips or other electronic

media for this purpose is not allowed.

2. System shall start-up and accurately measure immediately after Flow Sensor

registration.

a. Operator shall use the integral keypad on the Display unit to program relays for error

alarms, limit alarms, totalizer output, batch control output, digital inputs and all

operating parameters and variables.

b. Operator shall use an alarm re-set to manually cancel alarm messages.

c. The flow meter shall have built in self-diagnostics, technician service functions and

be suitable for use with a system certifying kit to confirm meter’s sensor functions

and accuracy of electronics including a calibration check of electronics at a zero flow

and a mid-range flow rate for confirming all components meet factory specifications

for accuracy and feature operation.

3. Warranty

a. The Vendor or manufacturer of the electro - magnetic mag meter shall guarantee for

two (2) years of operation that the equipment shall be free from defects in design,

materials and workmanship.

Vendor shall, at no cost to the owner, repair or replace any component that is proven

to have failed during the warranty period due to a manufacturing defect

ATTACHMENT D

RFQ No. ASPA18.009.ESD.WTR P a g e 26 | 28

Supply/Delivery of VFD and Mag Meter Project

OFFEROR’S QUALIFICATION SHEET

(Please Print or Type and Complete All Sections. An incomplete section will be considered

Non-responsive. Use additional sheets if necessary.)

1. Name of Offeror __________________________________________________

2. Name of Official Representative ______________________________________

3. Business Address/e-mail

______________________________________________________________________

______________________________________________________________________

4. Telephone, Fax and Official Contact Person

______________________________________________________________________

______________________________________________________________________

5. Type of Business Structure (Please check)

____ Corporation ____ Partnership ____ Joint Venture

____ Proprietorship

NOTE: Corporations must complete the recordation of their Articles of Incorporation, which is evidenced

by the Certificate of Incorporation issued by the Treasurer of the American Samoa Government. Copies of

partnership agreements and articles of incorporation should be submitted to the Revenue Branch along with

this application form and relevant documents. Aliens cannot operate sole ownership enterprises, and

partnerships with aliens are subject to review by the Immigration Board.

6. Number of years the Offeror has been engaged in its current company business under the present firm name

indicated ___________________________________________

7. Type of work generally performed by Offeror

8. List all major projects of a similar nature to the purchase delivery of RFQ NO. ASPA18.009.ESD-WTR

SUPPLY AND DELIVERY OF VARIABLE FREQUENCY DRIVES (VFDS) AND MAG METER, which

have been completed by the Offeror within the last three years, the total dollar amount of each project and the

owner/contact person as a reference (attach additional sheets as necessary).

Order Name _______________________________________________________

Date Completed_____________________Total Order Cost $________________

Name of Owner_____________________________________________________

Owner’s phone number_______________________________________________

Order Name _______________________________________________________

Date Completed_____________________Total Order Cost $________________

Name of Owner_____________________________________________________

Owner’s phone number_______________________________________________

ATTACHMENT E

RFQ No. ASPA18.009.ESD.WTR P a g e 27 | 28

Supply/Delivery of VFD and Mag Meter Project

DISCLOSURE STATEMENTS

This form must be completed by all Offerors and submitted with the Quotation.

I ________________________________________________________________ (Name of owner or

partner- all partners must complete a form) of ______________________________, the Offeror that has submitted

the attached Quotation:

(Name of company)

(Complete one of the two following statements)

1. I have no immediate relatives (parents, children or siblings) who are currently employed by the American

Samoa Power Authority (ASPA).

______________________________________________________________________ (Signed)

(Title)

2. I have immediate relatives (parents, children or siblings) who are currently employed by ASPA.

Their names and positions in are as follows.

Name Relationship to Offeror Position in ASPA

_______________________________________________________

(Signed) (Title)

Note: It is not against ASPA procurement rules for the relatives of ASPA employees to Quote on and receive

government contracts provided they disclose such relationships at the time of Quotation Opening.

RFQ No. ASPA18.009.ESD.WTR P a g e 28 | 28

Supply/Delivery of VFD and Mag Meter Project

ATTACHMENT F

NON-COLLUSION AFFIDAVIT OF PRIME OFFEROR

___________________________________being first duly sworn deposes and says that:

1. He/She is________________________________________________________ (Owner, Partner,

Representative or Agent) of_____________________________________the Offeror that has submitted the attached

Quotation.

2. He is fully informed regarding the preparation and contents of the attached Quotation and of all pertinent

circumstances regarding such Quotation.

3. Such Quotation is genuine and is not a collusive or false Quotation.

4. Neither the said Offeror nor any of its officers, partners, owner, agents, representatives, employees or

parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or

indirectly with any other Offeror, firm or person to submit a collusive or false Quotation in connection with the

Contract for which the attached Quotation has been submitted or to refrain from Quotationding in connection with

such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or

conference with any other Offeror, or to secure through any collusion, conspiracy, connivance or unlawful

agreement any advantage against American Samoa Power Authority or any person interested in the proposed

Contract; and

5. The price or price Quotations in the attached Quotation are fair and proper, and are not tainted by any

collusion, conspiracy, connivance or unlawful agreement on the part of the Offeror or any of its agent’s

representatives, owners, employees, or parties in interest, including this affiant.

(Signed)

(Title)

Subscribed and sworn to before me

This day of , 2017

________________________ _______________________

(Signed) (Title)

My Commission expires on: ____________________________